Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2004 FBO #1036
MODIFICATION

67 -- SONY Hi8 EVO-550 Player/Recorder

Notice Date
9/25/2004
 
Notice Type
Modification
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4860-04-Q-0091
 
Response Due
9/29/2004
 
Archive Date
10/14/2004
 
Point of Contact
Kelli Justice, Contracting Apprentice, Phone 229-257-3629, Fax 229-257-4032,
 
E-Mail Address
kelli.justice@moody.af.mil
 
Description
Because of the difficulty finding sources for this procurement, proposals for the EVO 550H or the EVO 540H will be considered. The EVO 550 is the preferred product for this requirement. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-04-Q-0091 and is issued as a Request for Quotation (RFQ). Moody AFB intends to award a sole source (sole manufacturer) contract under the authority of FAR 13.501 for SONY EVO-550H or EVO-540H Professional Hi8 player/recorder. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-24, Defense Acquisition Circular (DAC) 2004625 and Air Force Acquisition Circular (AFAC) 2004-0804. For informational purposes the North American Industry Classification System is 443112. The BID SCHEDULE shall be for Hi8 Player/Recorder. CLIN 0001, Quantity: 15 each, EVO-550H or EVO-540H Professional Hi8 Player/Recorder. Manufactuer: Sony Electronics Inc. FOB Point: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. This requirement is unrestricted. The small business size standard is 500. Interested firms may identify their interest and capability to respond to requirement. A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the government; all responsible sources may submit an offer, which will be considered. Written responses to this synopsis shall contain sufficient documentation to establish a bona-fide capability to fulfill this requirement. Interested sources must submit in writing, technical capabilities, pricing, and other information that demonstrates the ability to meet this requirement within SEVEN days. The Government contemplates award of a firm fixed price contract resulting from this solicitation. Firms responding to this synopsis should reference the solicitation number and indicate their business size as defined by FAR 52.219. Inquires concerning this synopsis must be in writing and may be faxed to 229-257-4032. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; TOTAL PRICE, UNIT PRICE, QUANTITY, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. EVALUATION/AWARD:IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. REPRESENTATIONS AND CERTIFICATIONS MUST BE COMPLETED ELECTRONICALLY ON THE ORCA WEBSITE AT http://www.bpn.gov/ccr/scripts/index.html , OR OFFEROR’S SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, AND DFAR 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS,WITH THEIR OFFER. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. The following listed FAR clauses apply to this solicitation and are incorporated by reference. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: __X_ FAR 52.233-3, Protests after award __X__FAR 52.222-3 Convict Labor (E.O. 11755), __X__FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies __X__FAR 52.222-21, Prohibition of Segregated Facilities __X__FAR 52.222-26 Equal Opportunity (E.O. 11246), __X__FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793) __X__FAR 52.225-1, Buy American Act, Supplies __X__FAR 52.225-13, Restrictions on Certain Foreign Purchases __X__FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration Pursuant to DFAR Clause 252.212-7001 the following clauses are hereby incorporated by reference: __X__252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (MAY 2004) (___ Alternate I) (APR 2003) (10 U.S.C. 2534 and Section 8099 of Pub. L. 104-61 and similar sections in subsequent DoD appropriations acts). __X__252.232-7003 Electronic Submission of Payment Requests (JAN 2004) (10 U.S.C. 2227). __X__252.247-7023 Transportation of Supplies by Sea (MAY 2002) (____Alternate I) (MAR 2000) (____Alternate II) (MAR 2000) (____Alternate III) (MAY 2002) (10 U.S.C. 2631). __X__ 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). The Defense Priorities and Allocations System (DPAS) rating is DO. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON (MSCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 1:00 P.M. EST ON 29 September 2004. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION NUMBER, DATE & TIME, AND REQUEST FOR QUOTATION (RFQ) TITLE ON THE OUTSIDE OF THE ENVELOPE. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is Kelli Justice, 229-257-2831, 229-257-4032 fax or Patrica Solberg, 229-257-4715. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-SEP-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSOC/347cons/FA4860-04-Q-0091/listing.html)
 
Place of Performance
Address: Moody AFB Georgia
Zip Code: 31699
Country: USA
 
Record
SN00682265-F 20040927/040925212030 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.